SPECIAL NOTICE
16 -- Notice of Intent to Sole Source (NOCA) - Strain Gauges
- Notice Date
- 7/22/2025 11:24:35 AM
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEPT OF THE AIR FORCE
- ZIP Code
- 00000
- Solicitation Number
- F1S0AY5125A002
- Response Due
- 7/22/2025 11:30:00 AM
- Archive Date
- 07/25/2025
- Point of Contact
- Austen Siegler, Phone: 5128096569
- E-Mail Address
-
austen.siegler.1@us.af.mil
(austen.siegler.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Air Force Test Center (AFTC) intends to solicit and award a sole source, Firm-Fixed Price (FFP) Contract to VISHAY MEASUREMENTS GROUP INC, 951 Wendell BLVD Wendell, North Carolina 27591-9515, United States. IAW 5.203(a)(1), the anticipated award date is on or before Jul 25, 2025. The applicable NAICS is 334419 with a size standard of 750 employees. The Government intends to negotiate with only one source under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) and AFFARS 5313.501. The following is a brief description of the proposed contract action: The Vishay Measurement Group strain transducers are essential to capturing accurate strain data necessary for validating structural loads, flight envelope safety, and aerodynamic performance. Key performance attributes include: Precise strain sensitivity and calibration stability across varying temperatures and timeframes; Electrical compatibility with aircraft-specific data acquisition and signal conditioning systems; Physical adaptability to diverse mounting geometries tailored to individual test articles; And sustained reliability under conditions of high vibration, elevated temperatures, and dynamic structural loading. The required strain gages are produced exclusively by Vishay Measurement Group, the original equipment manufacturer (OEM) specified in the aircraft�s design and airworthiness documentation. The aircraft in question are owned and controlled by the prime contractor, Northrop Grumman, and the 420th CTF does not have configuration control. This means only the original, OEM-specified parts may be used without invalidating the aircraft�s flight worthiness certifications. Any deviation from the specified Vishay parts would trigger significant operational and financial consequences, including but not limited to: Redesign and recertification of aircraft electrical and mechanical subsystems by Northrop; Reworking sensor wiring and replacing interface components already installed; Procurement of alternative connectors, terminations, and integration hardware; Airworthiness re-approvals across multiple oversight channels; Delays in flight test schedules and program milestones, which could cost the Government tens of millions of dollars in cascading schedule impacts and lost readiness. Given these constraints, substitution is not acceptable, and no other manufacturer�s parts will satisfy the Government�s minimum needs. There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the requirement. In addition, the response should include verification of the Offeror Representation and Certifications--Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load the required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 1130, Pacific Date Time, 25 July 2025. Responses should be submitted to the Contracting Officer, 1st Lt Austen Siegler at austen.siegler.1@us.af.mil. The contractual point of contact is 1st Lt Austen Siegler at austen.siegler.1@us.af.mil. Telephone requests to be placed on a mailing list will not be honored.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0dc188abc35b4f8e8e989a2b796f1a92/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07518536-F 20250724/250722230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |